News

Commercial Internet Service Provider

Type of document: Contract Notice
Country: United States

Commercial Internet Service Provider

Agency:
Department of the Air Force

Official Address:
50 LeMay Plaza South
Bldg 804 Maxwell AFB AL 36112-6334

Zip Code:
36112-6334

Contact:
Marco Antonio G. Castaneda, Contract Specialist, Phone 334-953-7461, Fax 334-953-3543, Email Marcoantonio.Castaneda.ph@us.af.mil тАУ Scott Springer, Contract Officer, Phone 3349536110, Email scott.springer@us.af.mil

Link:

Date Posted:
27/08/2018

Classification:
D

Contract Description:

I. GENERAL INFORMATION

The 42nd Contracting Squadron, 50 LeMay Plaza, Bldg. 804, Maxwell AFB, AL has a requirement to purchase services as described in the Statement of Work (SOW), (Attachment 1). This is a streamlined combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice.

This announcement constitutes the only notice. A written solicitation will not be issued. This requirement is issued as a request for quote (RFQ). The solicitation document and incorporated provisions and clauses are those in effect the Federal Acquisition Circular 2005-100 and DFARS DPN change notice 20180629.

A Firm Fixed Priced Award will be made in accordance with the following:

NAICS Code: This acquisition is being solicited as a 100% small business set-aside. The North American Industrial Classification System (NAICS) code for this acquisition is 517311 with a size standard of 1,500.00 Employees.

II. NATURE OF ACQUISITION:

Maxwell AFB has a requirement to purchase the below services. This procurement will be awarded under Simplified Acquisition Procedures. Quotes must be received no later than 4 September 2018, 1pm, CST, daylight savings time. Email quotes to SrA Marco Castaneda at marco_antonio.castaneda@us.af.mil and MSgt Scott Springer at scott.springer@us.af.mil. If there are any questions, please email or call SrA Marco Castaneda at (334)953-7799.

III. SCHEDULE OF SUPPLIES/SERVICES:

Period of Performance (PoP): Complete Installation and Comercial Internet Service Provided by 28 September 2018.

The contractor shall provide the services listed below which are to be performed at 42nd Communications Squadron Building (Bldg 942), 101 Kirkpatrick Ave, Maxwell AFB, AL 36112.
*All work Below is to be performed in accordance with (IAW) the attached Statement of Work.

CLIN Description                                           Quantity Unit              Unit Price Total Price
0001 Comercial Internet                                12         Month           $                $
0002 Installation                                           1           Each             $                $
1001 Comercial Internet                                12          Month          $                 $
2001 Comercial Internet                                12          Month          $                 $
3001 Comercial Internet                                12          Month          $                 $
4001 Comercial Internet                                12          Month          $                 $
                                                                                                Total Price: $

 

 

 

 

IV. QUOTE PREPARATION INSTRUCTIONS

52.212-1 ADDENDUM

ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORSтАУCOMMERCIAL ITEMS
This firm fixed-price solicitation is a 100% Total Small Business Set-aside. To insure timely and equitable evaluation of the quote, the offeror must comply with the instructions contained herein. Noncompliance may raise doubt regarding the offerorтАЩs performance capabilities and may be grounds to eliminate the quote from consideration for contract award. Quotes must be complete, self-sufficient, and respond directly to the requirements of this RFQ. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

a. The offeror must submit a signed and dated quote on company letterhead with unit prices and extended prices in response to this solicitation. In doing so and without taking any exception to the requirements of this synopsis/solicitation, including specification, тАЬSchedule of Supplies/ServicesтАЭ and terms and conditions, the offeror agrees to accede to all solicitation requirements. Offerors must clearly identify any exception to the solicitation terms and conditions and provide complete accompanying rationale.

b. Offerors must include a completed copy of the provisions at FAR 52.212-3, Alternate I, Offeror Representations and Certifications тАУ Commercial Items.

c. Offerors must provide a unit price and extended price for CLIN 0001 to 4001 referenced in the тАЬSCHEDULE OF SUPPLIES/SERVICES.тАЭ

d. Interested parties capable of providing the requirement must submit a written quote to include discount terms, tax identification number, cage code, and DUNS.

e. To be eligible to receive an award resulting from this RFQ, contractors must be registered in the System for Award Management (SAM) database, no exceptions. To register, please visit or by calling 1-866-606-8220.

f. Quote Contents:

PART I тАУ TECHNICAL:
Provide quote that accedes to all the requirements of the synopsis/solicitation.
With no Exceptions.

Provide quote that accedes to the attached statement of work.

Provide a plan to ensure service is fully functional and available for use NLT 28 September 2018.

PART II тАУ PRICE:
The offeror must submit proposed unit and extended prices in Section III (see above) of the synopsis/solicitation for CLIN 0001 to 4001. The price factor will be evaluated for reasonableness.

IMPORTANT NOTE: Multiple Offerors nor Multiple Awards will be considered. A single award will be made in the resultant contract.

V. BASIS FOR AWARD

52.212-2 ADDENDUM

ADDENDUM TO 52.212-2, EVALUATION тАУ COMMERCIAL ITEMS
This is a competitive best value acquisition utilizing Simplified Acquisition Procedures authorized by FAR 13.5, тАЬSimplified Procedures for Certain Commercial Items.тАЭ Technical acceptability, past performance and price be the determining criteria for award. Award will be made to the lowest priced offer that has an acceptable technical and past performance rating. For quotes determined acceptable in both technical and past performance, a best value selection will be based on price. The evaluation will proceed as follows:

PART I тАУ TECHNICAL:

The offeror by acceding to all of the requirements as stated in the Statement of Work of this synopsis/solicitation (see Quotation Preparation Instructions) will be determined technically acceptable.

Plan must demonstrate that service is fully functional and available for use NLT 28 September 2018.

Quotes will be assigned ratings of Acceptable (clearly meets minimum requirements) and Unacceptable (does not meet minimum requirements).

PART II- PRICE:

The Government will evaluate the price of all quotes that receive acceptable technical ratings as follows:

Quotes will be determined fair and reasonable based on competitive quotes, comparison with similar services in a related industry, comparison to an independent Government estimate, or any other reasonable basis in accordance with FAR 13.106-2.

The Government intends to award a contract without discussions with respective offerors. Offerors shall submit sufficient information and in the format specified in Quote Preparation Instructions. OfferorтАЩs may be asked to clarify certain aspects of their quote to which the offeror has not previously had an opportunity to respond.

VI. CONTRACT TERMS AND CONDITIONS:

The following provisions and clauses apply to this acquisition and can be viewed through Internet access at the Air Force Federal Acquisition Regulation (FAR) Site, in accordance with 52.252-1 and 52.252-2.

This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available, IAW FAR 52.107 or view in the sites mentioned in provision 52.252-1 and Clause 52.252-2.

The Following Provisions Incorporated By Reference:

FAR 52.204-7 System for Award Management (OCT 2016)
FAR 52.212-1 Instructions to Offerors тАУ Commercial Items (JAN 2017)
FAR 52.217-5 тАФ Evaluation of Options (Jul 1990)
DFARS 252.203-7005 Representation Relating to Compensation of Former DoD Officials (NOV 2011)
DFARS 252.204-7004 Alt A System for Award Management Alternate A (FEB 2014)
DFARS 252.203-7005 Representation Relating To Compensation of Former Dod Officials (NOV 2011)
DFARS 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls (Oct 2016)

The Following Clauses Are Incorporated By Reference:

FAR 52.204-10 Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016)
FAR 52.204-13 System for Award Management Maintenance (OCT 2016)
FAR 52.204-19 Incorporation by Reference of Representations and Certifications (DEC 2014)
FAR 52.209-6 тАФ Protecting the Governments Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015)
FAR 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015)
FAR 52.212-4 Contract Terms and Conditions тАФ Commercial Items (JAN 2017)
FAR 52.219-6 Notice of Total Small Business Set Aside (NOV 2011)
FAR 52.219-28 Post Award Small Business Program Representation (JUL 2013)
FAR 52.222-3 Convict Labor (JUN 2003)
FAR 52.222-19 Child Labor тАФ Cooperation with Authorities and Remedies (JAN 2018)
FAR 52.222-26 тАФ Equal Opportunity. (SEP 2016)
FAR 52.222-36 Equal Opportunity for Workers with Disabilities (JUL 2014)
FAR 52.222-50 Combating Trafficking in Persons (MAR 2015)
FAR 52.223-5 Pollution Prevention and Right-to-Know Information (MAY 2011)
FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (AUG 2011)
FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008)
FAR 52.232-18 Availability of Funds (Apr 1984)
FAR 52.232-33 Payment by Electronic Funds Transfer- System for Award Management (JUL 2013)
FAR 52.233-3 Protest After Award (AUG 1996)
FAR 52.237-2 Protection of Government Buildings, Equipment, And Vegetation (APR 1984)
FAR 52.239-1 Privacy or Security Safeguards (Aug 1996)
DFARS 252.203-7000 Requirements Relating to Compensation of Former DoD Officials (SEP 2011)
DFARS 252.203-7002 Requirement to Inform Employees of Whistleblower Rights (SEP 2013)
DFARS 252.204-7003 Control of Government Personnel Work Product (APR 1992)
DFARS 252.204-7006 Billing Instructions (Oct 2005)
DFARS 252.204-7012 Safeguarding Covered Defense Information And Cyber Incident Reporting (DEC 2015)
DFARS 252.223-7006 Prohibition on Storage, Treatment and Disposal of Toxic or Hazardous Materials (SEP 2014)
DFARS 252.225-7048 Export Controlled Items (JUN 2013)
DFARS 252.232-7003 Electronic Submission of Payment Requests and Receiving Reports (JUN 2012)
DFARS 252.232-7010 Levies on Contract Payments (DEC 2006)
DFARS 252.237-7010 Prohibition of Interrogation of Detainees by Contractor Personnel (JUN 2013)
DFARS 252.243-7001 Pricing of Contract Modifications (Dec 1991)

FAR Provisions by Full Text:

FAR 52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)

This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at

(End of Provision)

FAR 52.252-5 Authorized Deviations in Provisions (APR 1984)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1) provision with an authorized deviation is indicated by the addition of тАЬ(DEVIATION)тАЭ after the date of the provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation (48 CFR Chapter 2) provision with an authorized deviation is indicated by the addition of тАЬ(DEVIATION)тАЭ after the name of the regulation.
(End of Provision)

FAR Clauses by Full Text:
FAR 52.212-5 CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERSтАУCOMMERCIAL ITEMS (DEVIATION 2013-O0019) (NOV 2017)
(a) Comptroller General Examination of Record. The Contractor shall comply with the provisions of this paragraph (a) if this contract was awarded using other than sealed bid, is in excess of the simplified acquisition threshold, and does not contain the clause at 52.215-2, Audit and Records тАФ Negotiation.
(1) The Comptroller General of the United States, or an authorized representative of the Comptroller General, shall have access to and right to examine any of the ContractorтАЩs directly pertinent records involving transactions related to this contract.
(2) The Contractor shall make available at its offices at all reasonable times the records, materials, and other evidence for examination, audit, or reproduction, until 3 years after final payment under this contract or for any shorter period specified in FAR Subpart 4.7, Contractor Records Retention, of the other clauses of this contract. If this contract is completely or partially terminated, the records relating to the work terminated shall be made available for 3 years after any resulting final termination settlement. Records relating to appeals under the disputes clause or to litigation or the settlement of claims arising under or relating to this contract shall be made available until such appeals, litigation, or claims are finally resolved.
(3) As used in this clause, records include books, documents, accounting procedures and practices, and other data, regardless of type and regardless of form. This does not require the Contractor to create or maintain any record that the Contractor does not maintain in the ordinary course of business or pursuant to a provision of law.
(b)
(1) Notwithstanding the requirements of any other clause in this contract, the Contractor is not required to flow down any FAR clause, other than those in this paragraph (b)(1) in a subcontract for commercial items. Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
(i) 52.203-13, Contractor Code of Business Ethics and Conduct (Oct 2015) (41 U.S.C. 3509).
(ii) 52.219-8, Utilization of Small Business Concerns (Oct 2014) (15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds $650,000 ($1.5 million for construction of any public facility), the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities.
(iii) 52.222-17, Nondisplacement of Qualified Workers (May 2014) (E.O. 13495). Flow down required in accordance with paragraph (1) of FAR clause 52.222-17.
(iv) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(v) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(vi) 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
(vii) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(viii) 52.222-62 Paid Sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(ix) 52.222-37, Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212).
(x) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40.
(xi) 52.222-41, Service Contract Labor Standards (May 2014), (41 U.S.C. chapter 67).
(xii) X (A) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
___ (B) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 E.O. 13627).
(xiii) 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain EquipmentтАУRequirements (May 2014) (41 U.S.C. chapter 67.)
(xiv) 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain ServicesтАУRequirements (May 2014) (41 U.S.C. chapter 67)
(xv) 52.222-54, Employment Eligibility Verification (Oct 2015).
(xvi) 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015) (E.O. 13658).
(xvii) 52.222-62, Paid sick Leave Under Executive Order 13706 (JAN 2017) (E.O. 13706).
(xviii) (A) 52.224-3, Privacy Training (Jan 2017) (5 U.S.C. 552a).
(B) Alternate I (Jan 2017) of 52.224-3.
(xix) 52.225-26, Contractors Performing Private Security Functions Outside the United States (Jul 2013) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. 2302 Note).
(xx) 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (May 2014) (42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6.
(xxi) 52.247-64, Preference for Privately-Owned U.S. Flag Commercial Vessels (Feb 2006) (46 U.S.C. Appx 1241(b) and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.
(2) While not required, the contractor may include in its subcontracts for commercial items a minimal number of additional clauses necessary to satisfy its contractual obligations.
(End of Clause)

 

FAR 52.217-8 Option to Extend Services (Nov 1999)
The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 15 days before the Cotnract expires.
FAR 52.217-9 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)

(a) The Government may extend the term of this contract by written notice to the Contractor within 15 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 30 days before the contract expires. The preliminary notice does not commit the Government to an extension.

(b) If the Government exercises this option, the extended contract shall be considered to include this option clause.

(c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 66 months.

(End of clause)

FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es):
(End of Clause)

FAR 52.252-6 Authorized Deviations in Clauses (APR 1984)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter 1) clause with an authorized deviation is indicated by the addition of тАЬ(DEVIATION)тАЭ after the date of the clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of тАЬ(DEVIATION)тАЭ after the name of the regulation.
(End of Clause)

DFARS 252.204-7006 Billing Instructions (OCT 2005)
When submitting a request for payment, the Contractor shall-
(a) Identify the contract line item(s) on the payment request that reasonably reflect contract work performance; and
(b) Separately identify a payment amount for each contract line item included in the payment request.
(End of clause)

DFARS 252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (MAY 2013)

(a) Definitions. As used in this clause-
тАЬDepartment of Defense Activity Address Code (DoDAAC)тАЭ is a six position code that uniquely identifies a unit, activity, or organization.
тАЬDocument typeтАЭ means the type of payment request or receiving report available for creation in Wide Area WorkFlow (WAWF).
тАЬLocal processing office (LPO)тАЭ is the office responsible for payment certification when payment certification is done external to the entitlement system.
(b) Electronic invoicing. The WAWF system is the method to electronically process vendor payment requests and receiving reports, as authorized by DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports.
(c) WAWF access. To access WAWF, the Contractor shall-
(1) Have a designated electronic business point of contact in the System for Award Management at ; and
(2) Be registered to use WAWF at following the step-by-step procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-Based Training Course and use the Practice Training Site before submitting payment requests through WAWF. Both can be accessed by selecting the тАЬWeb Based TrainingтАЭ link on the WAWF home page at
(e) WAWF methods of document submission. Document submissions may be via web entry, Electronic Data Interchange, or File Transfer Protocol.

(f) WAWF payment instructions. The Contractor must use the following information when submitting payment requests and receiving reports in WAWF for this contract/order:
(1) Document type. The Contractor shall use the following document type(s).

Invoice and Receiving Report (Combo)

(2) Inspection/acceptance location. The Contractor shall select the following inspection/acceptance location(s) in WAWF, as specified by the contracting officer.
(Block 15 (Deliver To) of SF1449)
(3) Document routing. The Contractor shall use the information in the Routing Data Table below only to fill in applicable fields in WAWF when creating payment requests and receiving reports in the system.

Routing Data Table*

Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC Block 16a (Payment will be made by) of SF1449 тАУ Pay DoDAAC code is used to route documents to the Defense Finance Accounting office responsible for payment.
Issue By DoDAAC Block 9 (Issued by) of SF1449. Contracting office that issued your contract тАУ WAWF uses the code to route the document to the base
Admin DoDAAC Block 16 (Administered by) of SF1449
Inspect By DoDAAC Block 15 (Deliver to) of SF1449 тАУ If an inspection is called for in the document, then you must provide the DoDAAC/Ext this code identifies the inspector.
Ship To Code Block 15 (Deliver To) of SF1449 тАУ This is a crucial piece of information. It will be different for almost every contract issued.
Ship From Code тАЬNot applicable.тАЭ
Mark For Code Customer
Service Approver (DoDAAC) тАЬNot applicable.тАЭ
Service Acceptor (DoDAAC) Block 15 (Deliver to) of SF1449 тАУ It is used to route documents to receiving service acceptor in WAWF.
Accept at Other DoDAAC тАЬNot applicable.тАЭ
LPO DoDAAC тАЬNot applicable.тАЭ
DCAA Auditor DoDAAC тАЬNot applicable.тАЭ
Other DoDAAC(s) тАЬNot applicable.тАЭ

(4) Payment request and supporting documentation. The Contractor shall ensure a payment request includes appropriate contract line item and subline item descriptions of the work performed or supplies delivered, unit price/cost per unit, fee (if applicable), and all relevant back-up documentation, as defined in DFARS Appendix F, (e.g. timesheets) in support of each payment request.
(5) WAWF email notifications. The Contractor shall enter the e-mail address identified below in the тАЬSend Additional Email NotificationsтАЭ field of WAWF once a document is submitted in the system.

(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the following contracting activityтАЩs WAWF point of contact.

N/A

(2) For technical WAWF help, contact the WAWF helpdesk at 866-618-5988.

(End of clause)

 

 

 

MP 5352.223-9001 Health and Safety on Government Installations (NOV 2012)
(a) In performing work under this contract on a Government installation, the contractor shall:
(1) Take all reasonable steps and precautions to prevent accidents and preserve the health and safety of contractor and Government personnel performing or in any way coming in contact with the performance of this contract; and
(2) Take such additional immediate precautions as the contracting officer may reasonably require for health and safety purposes.
(b) The contracting officer may, by written order, direct Air Force Occupational Safety and Health (AFOSH) Standards and/or health/safety standards as may be required in the performance of this contract and any adjustments resulting from such direction will be in accordance with the Changes clause of this contract.
(c) Any violation of these health and safety rules and requirements, unless promptly corrected as directed by the contracting officer, shall be grounds for termination of this contract in accordance with the Default clause of this contract.
(End of clause)

5352.201-9101 OMBUDSMAN JUN 2016

(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the interested party to another official who can resolve the concern.

(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).

(c) If resolution cannot be made by the contracting officer, the interested party may contact the ombudsman, Primary: Mr. David E. Jones, Deputy Chief, Contracting Division, HQ AFICA/KT; Alternate: Mr. Stephen G. Smith, Chief, Acquisition Support Branch, HQ AFICA/KTC; Address: 2035 First Street West, Ste 1, JBSA Randolph AFB TX 78150-4324; Telephone Numbers: (210) 652-7907 or (210) 652-7075; and E-mail Addresses: david.jones.3@us.af.mil or stephen.smith@randolph.af.mil. Concerns, issues, disagreements, and recommendations that cannot be resolved at the Center/MAJCOM/DRU/HQ AFICA/AFISRA/SMC ombudsman level, may be brought by the interested party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (571) 256-2395. (INTERIM CHANGE: See Policy Memo 14-C-05)

(d) The ombudsman has no authority to render a decision that binds the agency.

(e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.

(End of clause)

Attachments:
1. SOW

 

 

 

 

 

 

Attachment 1:
STATEMENT OF WORK (SOW)
COMMERCIAL INTERNET SERVICE PROVIDER
21 August 2018

 

TABLE OF CONTENTS

1.0. SCOPE

2.0. GENERAL DESCRIPTION

3.0. CONTRACTOR RESPONSIBILITES

4.0. EQUIPMENT OWNERSHIP

5.0. PLACE OF PERFORMANCE

6.0. HOURS OF WORK

7.0. CABLE INSTALLATION

 

 

 


1.0. SCOPE

This Statement of Work (SOW) is for a contractor to provide a commercial internet point of presence in the 42nd Communications Squadron Building (Bldg 942), 101 Kirkpatrick Ave, Maxwell AFB, AL 36112. This will allow contingency access to commercial internet for various functions across the installation. This will also include installation of fiber optic cables and any related components from outside the base to Bldg 942.

2.0. GENERAL DESCRIPTION

The contractor shall provide internet service as well as all design, labor, and materials to install infrastructure/equipment necessary to support the commercial internet service.

2.1 The following is a summary of work and services to be provided:
Install equipment needed to provide internet access in Bldg 942:
a. Provide a 1 Gb or better internet service at the demarcation point.
b. Demarcation connectivity must be made via single mode fiber optic cable.
c. Internet Service must be available the first day of Period of Performance
d. Provide a /28 IP space with all IPтАЩs registered to the Internet Service Provider as тАЬTest CircuitsтАЭ and not associated with Maxwell AFB.
e. Must increase the service to no less than 5 Gb bandwidth within 24 hours of being notified by the contracting officer, without infrastructure upgrades.
f. The ability to provide 5 Gb Bandwidth will be jointly tested prior to acceptance and then semi-annually for the duration of the contract.
g. Contractor will have 72 hours to correct any unsatisfactory test results.
h. Testing will be done using an agreed upon commercially available speed-test site (i.e. speedtest.net, fast.com тАж)
i. Period of Performance (PoP): Complete Installation and Comercial Internet Service Provided by 28 September 2018.

3.0. CONTRACTOR RESPONSIBILITIES

3.1. GENERAL

The Contractor shall provide a commercial internet service that will enable users to access internet sites, email, social media, and SSUIPSEC VPN tunneling. Completed system must adhere to all applicable industry standards. Any work deemed to be not compliant shall be re-worked at the contractorтАЩs expense.

3.2. INFRASTRUCTURE (see paragraph 7.0. for cable installation guidance)

The Contractor shall be responsible for acquisition and installation of all necessary equipment and software needed to render the network usable at the demarcation point. Use of existing Maxwell AFB wired and wireless infrastructure will not be approved. Contractor must provide installation of fiber optic cables running to building 942 in order to provide the requested internet service.

3.3. NETWORK MONITORING/TECHNICAL SUPPORT

The Contractor will provide technical support for the system. The Contractor will provide a customer support phone number for service related issues. The Contractor shall provide network monitoring support where they can remotely monitor the system to verify system status. The service should maintain an up-time capability in accordance with commercial standards. This should be included in the Service Level Agreement (SLA).

3.4. SLA

3.4.1. Service Level Guarantee and Credits: Contractor will issue credit allowances for service outages as set forth below upon CustomerтАЩs written request, which credit will appear on the next invoice following processing. A service outage begins when the Customer reports the outage to the appropriate ContractorтАЩs number(s) to open a trouble ticket, and ends when the affected circuit is fully operational upon confirmation by the end user or successful testing by Contractor. No credits expected for outages that are (a) caused by Customer or an end user; (b) due to failure of power or equipment provided by Customer or 3rd parties; (c) during any period in which Contractor is not given access to the Service premises; (d) part of a planned outage for maintenance; or (e) due to a force majeure event.

3.4.2. Performance Parameters

Performance Parameters Objectives
Packet Delivery 99.99% from Customer edge to Contractor edge
In-Sequence Delivery 99.99% from Customer edge to Contractor edge
Latency 10 ms one-way from Customer edge to Contractor edge
Jitter 5 ms one-way from Customer edge to Contractor edge
Frame Loss Rate < 6.25E-7
Network Service Availability 99.99%

3.4.3. Definitions

Contractor Edge: ContractorтАЩs Edge .is the first routed hop beyond Contractor owned routing hardware. This is the point at which it leaves the Contractor network and enters the upstream providersтАЩ network.

Port Availability. Port Availability for Internet Service is 99.99%. Port availability is a measurement of the total time that Internet Service is operative when measured over a thirty (30) day month (720 hour) period.

Packet Delivery Ratio: ContractorтАЩs Packet Delivery Ratio (тАЬPDRтАЭ) for the Internet service is 99.99%. The PDR is the measurement of the percentage of IP packets delivered between any Contractor Core IP/MPLS router and any other Contractor Core IP/MPLS router on the contractor network averaged over a thirty (30) day month (720 hours) period. If customerтАЩs bandwidth is saturated, packet delivery cannot be guaranteed

Packet Transfer Delay: ContractorтАЩs Packet Transfer Delay (тАЬPTOтАЭ) for the Internet Service is twenty-five (25) milliseconds. The PTO is the measurement of the average round trip time over a thirty (30) day month (720 hour) period, required for a packet to travel between any Contractor Core IP/MPLS router and any other Contractor Core IP/MPLS router on the Contractor network. Once a packet leaves the Contractor network, deemed as the first routed hop beyond ContractorтАЩs network, no packet delivery can be guaranteed.

Speed Test Sites: Contractor must provide their own or a recognized speed-test site for customer use.

4.0. EQUIPMENT OWNERSHIP

The contractor shall provide all equipment and accessories necessary for the execution of this contract. The equipment will be owned by the contractor and the contractor will be responsible for the maintenance of the equipment and removal of equipment upon contract completion.

4.1. WARRANTY

Warranty of all equipment will be the responsibility of the contractor; equipment installed prior to the demarcation point will be owned and maintained by the contractor for the life of the contract.

5.0. PLACE OF PERFORMANCE

The location of installation is 42nd Communications Squadron Building (Bldg 942), 101 Kirkpatrick Ave, Maxwell AFB, AL 36112.

6.0. HOURS OF WORK
Normal work hours at Maxwell AFB are weekdays, 0730 to 1630. Any work outside these hours must be approved by the Government.
7.0. CABLE INSTALLATION
For cable access, offerers/contractors will be allowed, but are not required, to use existing conduits or cable pathways. If existing conduits and pathways are used, the following guidelines must be adhered to:
All work must be certified by a BICSI credentialed installer
Employees must be тАЬConfined spacesтАЭ certified while working in and around manholes. A copy of the Certifications shall be supplied when requested.

Under no circumstance, unless where noted are any of the existing communications wiring throughout the work area to be disrupted. Any damage to existing in-use communications cable is the responsibility of the contractor to replace with the same previously noted standards. Contact 42CS/SCXP STM if required when not sure.

All cable must be routed, secured, labeled, and supported. тАШRacked and taggedтАЩ inside and outside in a craftsman like manner before final acceptance. Compliance inspections will be performed by 42CS personnel during the installation.

All ITS equipment and cabling must be installed in accordance wi.th ANSI/EIA/TIA 568-C.0-3 standards (or most recent version) in all work areas.

All labels for cables and inner ducting must be machine generated. Hand-written labels are unacceptable.

Caution must be taken to NOT cut out active circuits/drops.

The contractor is responsible for all repairs and/or replacement, material and labor, for unscheduled and accidental cable cuts and service interruptions occurring during the performance period caused by their actions or that of any of their sub-contractor personnel. Repairs and/or replacement take priority, and restoration is expected to be completed in a timely manner as determined acceptable to the government. This applies to underground cable distribution plant and interior vertical and horizontal wire segments.

Contractors are expected to follow the 42CES digging permit process on exterior cable projects that breaks top soil.

All inside and outside work areas must be returned to their pre- cable installation state.

Contractor will provide soft copy documentation of all updated drawings in to 42CS/SCXP for use in the project folder and CSIR file Not Later Than 28 days after Date of Award of the contract.

All cables and related components shall be installed no later than 28 September 2018.

8.0 SECURITY REQUIREMENTS FOR UNCLASSIFIED SERVICES ONLY

1. Contractor Notification Responsibilities: The contractor shall notify the contracting office within 15 days before on-base performance of the service. The notification shall include:
a. Name, address, and telephone number of contractor representatives.
b. The contract number and contracting agency.
c. The reason for the service (i.e., work to be performed).
d. The location(s) of service performance and future performance, if known.
e. The date service performance begins.

2. Reporting Requirements: The contractor shall comply with AFI 71-101, Volume-1, Criminal Investigations, and Volume-2, Protective Service Matters, requirements. Contractor personnel shall report to 42d Security Forces Information Protection Office, any information or circumstances of which they are aware may pose a threat to the security of DoD personnel, contractor personnel, resources, and classified or unclassified defense information. Contractor employees shall be briefed by their immediate supervisor upon initial on-base assignment and as required thereafter.
3. Physical Security: Areas controlled by contractor employees shall comply with base operations plans/instructions for FPCON procedures, Random Antiterrorism Measures (RAMS) and local search/identification requirements. The contractor shall safeguard all government property, including controlled forms, provided for contractor use. At the close of each work period, government training equipment, ground aerospace vehicles, facilities, support equipment, and other valuable materials shall be secured.
4. Internal Operating Instructions: The contractor will adhere to the Air Force activity operating instructions (OI) for internal circulation control, protection of resources, and to regulate entry into Air Force controlled areas during normal, simulated, and actual emergency operations.
5. Traffic Laws: The contractor and their employees shall comply with base traffic regulations.
6. Cellular Phone Operation Policy: The use of cellular phones while operating a motorized vehicle is prohibited on Maxwell-Gunter. Although discouraged, drivers are authorized to use devices, i.e. ear bud or ear boom, which allows their cellular phone to be operated hands-free. The device must not cover both ears. This policy applies to everyone driving on Maxwell AFB and Gunter Annex.
7. Anti-Terrorism (AT) Training Requirement. The objective of Level I тАУ AT Awareness Training is to provide all personnel with requisite knowledge necessary to remain vigilant for possible terrorist actions. Level I тАУ AT Awareness Training is offered to all contractors at the attached hyperlink, Click on the link for the non-cac holders and follow the directions of the website.
If the Maxwell BLVD gate is used as a point of entry, the following conduit paths will be the required installation path and footages are between MHs. The approximate footages are provided for construction estimates only: Total distance is approx. 6,400 feet: MH and Conduit Path from bldg 942 to the Maxwell gate.

 

1. Bldg 942 cable vault to MH 1A тАУ 315 feet.
2. MH 1A to MH 1C тАУ 1.20 feet.
3. MH 1C- to MH 1OOA тАУ 260 feet (New 3ea, 3тА│ 3-cell maxcell required)
4. MH 100A to MH 101 тАУ 210 feet
5. MH 101 to MH 101AA тАУ 40 feet
6. MH 101AA to MH 101A- 100feet
7. MH 100A to MH 101B тАУ 400 feet
8. MH 101B to MH 101C тАУ 260 feet (New 3ea, 3тА│ 3-cell maxcell required)
9. MH 101C to MH 101D тАУ 270 feet
10. MH 101D to MH 101E- 340 feet (New 3ea, 3тА│ 3-cell maxcell required)
11. MH 101E to MH 101F тАУ 320 feet
12. MH 101F to MH 13J-400feet
13. MH 13J to MH 131 тАУ 460 feet
14. MH 131 to MH 13G тАУ 510 feet
15. MH 13G to MH 13H тАУ 260 feet
16. MH 13H to MH 23 тАУ 310 feet
17. MH 23 to MH 53 тАУ 610 feet
18. MH 53 to MH 55 тАУ 280 feet
19. MH 55 to MH 56 тАУ 220 feet
20. MH 56 to MH 57 тАУ 220 feet
21. MH 57 to MH 57A тАУ 220 feet (New 3ea, 3тА│ 3-cell maxcell required)
22. MM 57A to MH 578 тАУ 180 feet (New 3ea, 3тА│ 3-cell maxcell required)
23. MH 578 is approx 350 feet west of bldg 518.

If Day Street Gate is used as the point of entry, the following paths are available and footages are between MHs The approximate footages are provided for construction estimates only: Total distance is approx. 1,600 feet: MH and Conduit Path from bldg. M942 to the Day Street gate.

1. Option A:
a. 942 cable vault to MH 1 тАУ 50 feet
b. MH 1 to MH 100-1 тАУ 520 feet (New conduits need to be installed)
c. MH 100-1 to HH 100-1A- 200 feet
d. MH 100-1A to HH 100-18 тАУ 280 feet e. MH 100-18 to HH 100-1C тАУ 320 feet f. MH 100-1C to HH 100-10 тАУ 300 feet
g. HH 100-1D is approx. 50 feet north of bldg. 1134

2. Option B:
a. 942 cable vault to MH 1 тАУ 50 feet
b. MH 1 to MH 1A тАУ 320 feet
c. MH 1A to MH 100 тАУ 100 feet (install 1ea 3тА│ 3-cell maxcell innerduct)
d. MH 100 to MH 100-1 тАУ 500 feet
e. MH 100-1 to HH 100-1A- 200 feet
f. MH 100-1A to HH 100-18 тАУ 280 feet
g. MH 100-18 to HH 100-1C тАУ 320 feet
h. MH 100-1C to HH 100-10 тАУ 300 feet
i. ContractorsтАЩ responsibility to identify path off base after HH100-1D.

 

Response Date:
090418

Sol Number:
FA330018RFQ0033

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy